Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
MODIFICATION

R -- MEDIA BUYING SERVICES

Notice Date
11/3/2006
 
Notice Type
Modification
 
NAICS
541830 — Media Buying Agencies
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Transition Recovery Office - LA, 415 N. 15th Street, Baton Rouge, LA, 70802, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFELA-06-R-0005
 
Response Due
11/10/2006
 
Archive Date
11/25/2006
 
Point of Contact
Ann Morris, Contract Specialist, Phone 225-339-3716, Fax 225-338-6750, - Adam Jones, Contract Specialist, Phone 703-673-8024, Fax 225-379-4027,
 
E-Mail Address
ann.b.morris@dhs.gov, adam.w.jones@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001: OFFERORS MUST ACKNOWLEDGE THIS AMENDMENT OR OFFER WILL NOT BE CONSIDERED. Media buying services required for 12 months with 3 year options. Offerors shall place ads with 5 day notice in newspapers in Louisiana providing public information. Offerors shall meet deadlines due to legal agreements with organizations. There are 3 sets of ads for 38 rounds. Contractor shall create template and artwork used for each placement with approval from FEMA. FEMA will supply text. Contractor shall provide proof copy to FEMA?s historic preservation public notice coordinator. Contractor shall coordinate delivery of artwork in appropriate format (electronic, film, camera ready, etc). Government estimated cost is $950,000.00. At commission rate normally charged by the industry will receive $142,500.00 Contractor shall provide costs of incidentals in addition to cost of commission. All offerors must be licensed in Louisiana and certify to be a firm residing or primarily doing business in the gulf coast area. The proposed contract will be a requirements contract with unknown quantities in a variety of newspapers. The award of the contract will be based on technical criteria with past performance assigned a greater value than price. The offeror?s ability to perform the contract successfully in a timely manner will be considered strongly in the technical proposal. Liquidated damages will be included in the contract as delivery time is most important. Technical will be assigned a greater value than price. Awardee must be registered on Central Contractor Registration (CCR) before an award is made. Register in CCR, by going to CCR web site at http://www.ccr.gov.The following FAR clauses are incorporated by reference FAR 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with FAR 52.212-1, Instructions to Offerors and 52.212-3, Offeror Representations and Certifications, 52.217-8 (12 months plus 3 years) (30 days); 52.216-18; 52.216-19 Minimum: $2500.00 and Maximum: $300,000.00. Combination excess: $800,000.00. 52.216-22, 52.217-9 (30 days),52.226-3(Gulf Coast Region). All pricing shall include any shipping or delivery costs related to this procurement. No additional costs will be paid by the government. All pricing shall indicate any associated costs with placing an advertisement. The Offeror shall provide the following technical information to the Contract Office at 415 N. 15th Street, Baton Rouge, LA 70802 Attn: Ann Morris. Original and four copies of the business proposal and original and four copies of the technical proposal shall be provided. The proposal envelopes shall be marked HSFELA-07-R-0005 Attn: Ann Morris. The proposals shall be separately bound and marked "Technical" or "Cost Proposal". The Technical Evaluation is not to be more than _7_pages. 1.. BUSINESS EXPERIEINCE AND PAST PERFORMANCE. The Government will evaluate each offeror?s experience performing projects of a similar size, scope and complexity as proven by the successful management of contracts of a similar size, scope, timeframes for placement, and complexity. Offferor shall include (a) 3 different points of contact with addresses, emails and phone numbers; (b) dollar values of job performed; (c)periods of performance; (d) brief summary of each service provided; and (e) how the projects were similar in nature to this request. BASIS FOR AWARD: EVALUATION CRITERIA 2.TECHNICAL APPROACH. The Government will evaluate the offeror?s understanding of the requirement as evidenced by the offeror?s discussion of capabilities, ability to place the first series ads under short timeframes; approach to performing the elements of the work and delivery of the products specified in the various tasks, and will evaluate the likelihood of delivering complete, quality products meeting FEMA?s needs. The Government will evaluate the offeror?s approach to ensuring the most favorable rates are obtained for the project, ability to maximizing placements given the anticipate budget through ability to negotiate discounted rates with target publications. 3. PRICE The Government will evaluate pricing based on a total anticipated cost, which shall include any costs anticipated outside of the standard industry commissions paid by media outlets to media buying agencies. There are 2 Contract Line Items (CLINs) 0001: commission percentage; 0002: All incidentals. Offeror shall provide two line items for the following 3 years: 2007-2008, 2008-2009, 2009-2010. Buyer intends to use a purchase order for payment. Bids from Sellers unable to accept purchase orders will not be considered for award, Late proposals will not be considered for award. Proposals not in compliance with this combined solicitation synopsis will not be considered for award. There is no other written solicitation. POC: ann.morris@dhs.gov 225-267-2846. DO NOT FAX OR EMAIL OFFERS.
 
Place of Performance
Address: Department of Homeland Security/FEMA, 415 N.15th Street, Baton Rouge, LA
Zip Code: 70802-3702
Country: UNITED STATES
 
Record
SN01175711-W 20061105/061103220304 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.